STAFF AWARD REPORT
To: |
John Livey, Chief Administrative Officer |
Re: |
285-Q-08 Leadership
Development Program |
Date:
|
|
Prepared by: |
Miriam Comerford, HR Manager,
Learning & Organization Development Alex Moore, Manager of |
Recommended
Supplier |
|
|
Current
Budget Available |
$ 90,100.00 |
200-202-5250
Training Seminars (2009) |
Less cost of
award |
$ 38,360.00 $
38,360.00 $ 38,360.00 $
115,080.00 |
2009 (Subject to budget approval) 2010 (Subject
to budget approval) 2011 (Subject
to budget approval) Total Award |
Budget Remaining after this award |
$
51,740.00 |
* |
* The remaining budget when approved by Council shall
be used for further training seminars as budgeted for.
PURPOSE
To obtain approval to award the contract
for leadership development program for middle-managers within the Town.
This program is to engage its current
mid-level management group in interactive, hands on, and practical Leadership
Development Program that can positively impact their skill development needs.
The current management group is comprised of approximately 60 mid level
managers.
The Leadership Development Program is
designed to deliver a series of single-day programs that covers core leadership
competencies. The core subject areas
include:
Ø Leadership and Employee Engagement
Ø Self-management and performance skills
Ø Citizen/Client Focus
Ø Change management skills
Ø Business Strategy, planning and problem solving
skills
The training will be held at the Town or
another suitable location determined by the Town.
BID INFORMATION
Advertised |
By Invitation |
Number picking up bid documents |
3 |
Number responding to bid |
3 |
PRICE SUMMARY
Supplier |
Price,
Exclusive of GST/ Year |
|
$38,360.00 |
|
$64,800.00 |
|
$92,400.00 |
STAFF
AWARD REPORT Page 1 of 2
To: |
John
Livey, Chief Administrative Officer |
Re: |
139-R-08 Employee Service Awards Program |
Date: |
|
Prepared
by: |
Jennifer Banfield, HR Administrator,
Compensation & Benefits |
Recommended Supplier |
Williams
Recognition Ltd. (Highest Ranked and Third Lowest Priced Supplier) |
|
Current Budget
Available |
$ 83,982.33 |
200
998 3303 Service Awards |
Less cost of award |
$ 83,982.33 $ 72,803.37 $156,785.70 |
2009 estimate Inclusive of PST and exclusive of
GST * 2010 estimate Inclusive of PST and exclusive of
GST * Total cost of award * |
Budget Remaining after this award |
$
0.00 |
|
* Subject to Council approval of the 2009 –
2010 operating budgets.
To obtain approval to award the contract for
the employee service awards program for a term of two (2) years (2009 – 2010).
Under the Town of Markham’s staff recognition program
service awards are presented to employees for years of service completed based
on intervals of 3, 5, 10, 15, 20, 25, 30 and 35 years of continuous
service. Eligible employees receive
gifts of their choice selected from the vendor’s inventories and catalogue
based on year service.
The request for proposal was released for two (2)
years with an option to extend the contract for an additional three (3)
years.
BID INFORMATION
Advertised |
Electronic Tendering Network |
Bids closed on |
|
Number picking up bid
documents |
12 |
Number of companies
responding to bid |
6 |
Staff made contact with three (3) of the bidders that picked up the bid document but did not
submit a bid; one bidder advised that
they could not handle due to present work load, one bidder advised they were
unable to quote competitively and another could not supply as per the
specifications identified in the bid document.
PROPOSAL EVALUATION
The
Evaluation Team for the request for proposal was comprised of staff from the
Human Resources Department with
The
proposals were evaluated based on pre-established evaluation criteria as listed
in the request for proposal: 10% past
experience of the firm; 20% project delivery; 35% Quality and value of the
awards, 5% value added services and 30% price totaling 100%. The scores are listed in the following
table:
Bidder |
Total Score |
Rank Results |
Williams
Recognition Ltd. |
85.45 |
1 |
Rembrandt Awards Mfg. Ltd. |
79.47 |
2 |
O.C. Tanner Recognition Company Limited |
71.76 |
3 |
The Diamond Showcase Ltd. |
66.00 |
4 |
Birks & Mayors Inc. |
46.00 |
5 |
Needham Promotions Inc. |
41.87 |
6 |
Note: The bids received from the six (6) bidders
ranged from approximately $125,000 - $255,000 inclusive of PST and exclusive of
GST for a two (2) year contract term.
The price variance between the lowest priced and highest ranked
proponent was twenty five-percent (25%).
…/2
Staff Award
139-R-08 Employee Service Awards Program Page
2 of 2
__________________________________________________________________________________________
OVERVIEW:
Williams Recognition Ltd. demonstrated
strong and relevant experience with service awards projects of a similar size
and scope. The vendor is able to deliver the service awards program
through a variety of means including web, paper and telephone as per the
specifications of the request for proposal. In addition, the vendor has
an Administrator website where the Town of
Staff are recommending a two
(2) year term to review the service levels provided by the highest ranked
bidder and if deemed to meet requirements,
STAFF
AWARD REPORT Page 1 of 3
To: |
John
Livey, Chief Administrative Officer |
Re: |
138-S-08 Senior Leadership Development Plan |
Date: |
|
Prepared
by: |
Miriam Comerford, Sr. Learning and
Organization Development Specialist Alex Moore, Manager, |
Recommended
Supplier |
HORN (Preferred Supplier) |
|
Current
Budget Available |
$ 135,000.00 |
200 202 5250 Training
Seminars |
Less cost of
award |
$ 44,900.00 $ 44,900.00 $ 44,900.00 $134,700.00 |
Year one (2009) Year Two (2010)* Year Three (2011)* Total award |
Budget Remaining after this award |
$ 90,100.00 |
** |
* Year two (2010) and three (2011) are subject to
Council’s approval of the annual operating budget.
** The remaining budget of $90,100.00 shall be used
for further training seminars as budgeted for in account 200 202 5250.
Staff further recommends:
THAT the tendering process be waived in accordance
with
PURPOSE:
To obtain approval to award a three year
contract for a leadership development program for all Directors, Commissioners
and the CAO.
To date, HORN has spent over 268 hours working with
the Town of
We are recommending an approach to senior leadership
development that provides a consistent framework to enhance the quality of
leadership development across the organization maximizes opportunities for
collaboration across businesses and provides a forum to communicate leadership
standards and expectations. The benefit of this strategy includes establishing
a common language of leadership, focusing development on key positions.
Staff Award
138-S-08 Senior Leadership
Development Plan Page 2
of 3
______________________________________________________________________________________________
The outcomes expected as a result of a comprehensive
leadership development program are:
Business Needs Assessment
HORN will conduct a series of strategic needs
assessments during the three-year program to ensure that the programs delivered
are current and relevant. This kind of
continuous improvement process is consistent with our commitment to NQI.
Program Design
A leadership development strategy with maximum
opportunity for cross-functional collaboration enhances the development of
emerging leaders. This plan will include
12 days of in-class facilitation spanning three years covering the following
topics: foundation of Leadership, Leading change, Leverage Coaching for peak
Performance, Navigating Complex Challenges, Leadership
and Advanced Coaching, Leading through Vision, Leadership and High Performance
Teams, Results Oriented Leadership, Leadership through Innovation, Project
Management for Executives, Presenting as a Leader and Managing Measurable
Results.
These workshops will provide an opportunity to
reinforce standards of leadership. Unclear
standards of leadership can create dissatisfaction among leaders and can
contribute to an employee’s poor perception of leadership quality, driving
disengagement.
Based upon HORN’s experience with the Town of
Executive Coaching
In order to be sustainable, the coaching needs to be
business driven. As a development tools
for senior managers and executives, high consideration is given to aligning the
coaching session to business needs. As
such, our strategy is to position coaching as a benefit to the business as well
as the individual to ensure a greater return on investment for the
organization. A key differentiating feature between our proposed approach and
traditional methods is to link each coaching opportunity with the strategically
positioned leadership program. Since the
program is designed to target business needs, the supporting coaching session
for each participant is to help create a linkage between the theory in the
program and his or her business targets in addition to the behaviours that will
support the achievement of these targets. Using a preferred vendor allows us to
create a coaching model that integrates leadership development with our overall
business strategy.
Program Evaluation -- Metrics
HORN is committed to sustainable learning and as such,
post session evaluations will be held to ensure that the programs are meeting
the developmental and organizational needs of the Town. Every session will have two evaluations,
Level I metric to measure satisfaction with aspects of the program including
the facilitator, topic and applicability of the material; and Level II to
measure knowledge acquired during the session including improved skills and
professionalism. This approach again
aligns with their commitments to NQI framework.
Staff Award
138-S-08 Senior Leadership
Development Plan Page 3
of 3
______________________________________________________________________________________________
STAFF AWARD REPORT
Page 1 of 2
To: |
John
Livey, Chief Administrative Officer |
Re: |
#251-T-08 Short Term Rental of Vehicles
for 2009 |
Date: |
|
Prepared
by: |
Laurie Canning, Manager, Fleet &
Supplies Patti Malone, Senior Buyer, |
Recommended Supplier (s) |
Sommerville National Leasing & Rentals Ltd.(Lowest Priced Supplier) Avis Budget Group (Lowest Priced Supplier) |
|
Current Budget Available |
$253,720.00 |
750 752 5500 Vehicle Rent/Lease – 2009 Budget* |
Less cost of award |
$137,592.00 $ 88,814.88 $226,406.88 |
Inclusive of PST, Exclusive of GST (Sommerville,12 vehicles) Inclusive of PST, Exclusive of GST (Avis Budget,29 vehicles) Total Cost of Award |
Budget Remaining after this award |
$ 27,313.12 |
** |
* Subject to
Council approval of the 2009 operating budget.
**Balance
remaining to be spent on other rentals or other operating expenses as needed.
PURPOSE
To obtain approval to award the contract
for the short term rental of vehicles for 2009.
BID INFORMATION
Advertised |
ETN |
Bids closed on |
|
Number picking up bid documents |
7 |
Number responding to bid |
4 |
PRICE SUMMARY (Inclusive of
PST, Exclusive GST)
Vehicle Type |
Qty |
Mnths |
Start Date |
End Date |
AVIS BUDGET GROUP |
|
BENNETT FLEET LEASING |
|
9200 lbs GVW
Crew Cab Pickups |
10 |
7 |
Apr-01 |
Oct-31 |
$1,080.00 |
$1,057.32 |
$0.00 |
$0.00 |
9200 lbs GVW
Crew Cab Pickups |
10 |
5 |
Apr-01 |
Aug-31 |
$1,080.00 |
$1,182.60 |
$0.00 |
$0.00 |
9200 lbs GVW
Crew Cab Pickups |
2 |
7 |
May-01 |
Nov-30 |
$1,080.00 |
$1,057.32 |
$0.00 |
$0.00 |
1/2 ton Regular
Cab Pickups |
14 |
4 |
May-01 |
Aug-31 |
$972.00 |
$997.92 |
$1,350.00 |
$1,350.00 |
1/2 ton Regular
Cab Pickups |
5 |
6 |
May-01 |
Oct-31 |
$972.00 |
$997.92 |
$1,350.00 |
$1,350.00 |
*As compared to the previous contract (2008), these
prices represent an approximate 8% decrease in the unit costs, one more unit
rented and two additional months of rental.
Staff Award
251-T-08 Short Term Rental of
Vehicles for 2009 Page 2 of 2
______________________________________________________________________________________________
The following is the changes in quantities and months
from the 2008 to the 2009 contract:
Vehicle Type |
2008 Qty |
2009 Qty |
2008 Mnths |
2009 Mnths |
9200 lbs GVW
Crew Cab Pickups |
10 |
10 |
8 |
7 |
9200 lbs GVW
Crew Cab Pickups |
8 |
10 |
5 |
5 |
9200 lbs GVW
Crew Cab Pickups |
2 |
2 |
4 |
7 |
1/2 ton Regular
Cab Pickups |
16 |
14 |
4 |
4 |
1/2 ton Regular
Cab Pickups |
4 |
5 |
6 |
6 |
Totals |
40 |
41 |
27 |
29 |
E3
Project
An E3 project was proposed that would look
into options to purchase used vehicles as summer rentals and dispose of them at
a later date. The idea was that part of
the capital purchase could be recovered to reduce the net cost of ownership.
The analysis of this project will also need to deal with, costs for repair and
upkeep, storage/use of vehicles in the off season, and right sizing of
vehicles. Since the tendering for the rental
vehicles needs to occur in November each year to be able to secure the volume
of vehicles for the following summer, the analysis work for this project will
be undertaken by Operations and Finance staff by Q2 2009 so that we can be in a
position to implement the recommendations for 2010.
STAFF AWARD REPORT
To: |
|
Re: |
009-T-09 |
Date: |
|
Prepared
by: |
Mark Ingwersen, District Manager West Patti Malone, Senior Buyer |
Recommended Supplier |
Colpac
Construction (Lowest Priced Bidder) |
|
Budget Available for
Award |
$ 242,042.90 |
059-6150-8046-005 Berczy Park Soccer Field |
Less cost of award |
$ 207,000.00 $
20,700.00 $
227,700.00 |
Excluding GST Contingency (10 %) Total Award |
Budget Remaining after this award |
$
14,342.90 |
* |
*The
remaining balance of $14,342.90 will be returned to the original funding source
upon payment of the final invoice.
The lit soccer field at
Advertised |
ETN (Electronic Tendering Network) |
Bids
closed on |
|
Number
picking up bid documents |
37 |
Number
responding to bid |
10 |
Supplier |
Price (Inclusive
of PST & exclusive of GST) |
Colpac Construction Inc. |
$207,000.00 |
|
$236,835.46 |
Advanced
Landscapes |
$243,355.45 |
Dol
Turf Restoration Ltd. |
$268,781.00 |
Cambium
Site Contracting Inc. |
$271,830.00 |
Gateman-Milloy
Inc. |
$276,801.75 |
S
& F Excavating Ltd. |
$280,000.00 |
Mopal
Construction Ltd. |
$292,200.00 |
Pine
Valley Enterprises Inc. |
$334,800.00 |
Griffith
Property Services Ltd. |
$357,893.95 |
STAFF AWARD REPORT Page 1 of 2
To: |
John
Livey, Chief Administrative Officer |
Re: |
047-S-09 Joint Portal Project – Initial phase
(Project plan and phase I procurement document) |
Date: |
|
Prepared
by: |
Nasir Kenea, CIO |
Recommended Suppliers |
IBM
Canada Ltd. – Global Business Services (Preferred Supplier) |
|
Current Budget
Available |
$
2,169,936.00 |
049 5350 8659
005 * |
Less cost of award |
$ 88,500.00 |
049 5350 8659
005 (Town of |
|
$ 88,500.00 |
Region of |
|
$ 177,000.00 |
Total Award** |
Budget remaining after this award |
$ 2,081,436.00 |
*** |
*The current budget available has been reduced by
$830,064.00 ($792,307.00 commitment to
**An amount of $88,500.00 (50% of the cost for this
engagement) will be paid by the Region of York as part of the 50% cost sharing
arrangement for the Joint Portal project.
***The remaining balance of $2,081,436.00 in account 049 5350 8659 005 will be used for the purpose
of implementing portal technology in multiple phases through council approval.
THAT the tendering process be waived in accordance
with
PURPOSE:
To obtain approval to award the contract
for a professional service required as a pre-cursor to the initial phase
procurement (and implementation) of the Joint Portal Project for Town of
As part of the Joint Portal initiative between The
Town of Markham and York Region, IBM Canada Ltd was awarded Part A, B & C
of the contract (077-R-07) to provide Hardware, Software, and Support Services
following both Markham and York Region council resolutions on Oct. 14, 2008 and
Nov. 20, 2008, respectively (see attached).
Part D - Professional Services – was not awarded at the time due to the
cost and the multiyear commitment required if the Professional Services was
awarded for all phases upfront. The
recommended strategy is to follow a phase-based approach with the flexibility
to manage the scope and pace of implementation based on need and capacity, with
the possible opportunity to minimize cost through a procurement process for
each phase.
A jointly funded Project Manager is currently being
recruited through York Region to oversee the overall project implementation of
this initiative. One of the other key
roles of this position is to provide recommendations and professional advice on
the procurement for Professional Services.
Before proceeding with the procurement of Part A, B
& C of the award, it is recommended that pre-requisite planning work be
undertaken. The objectives of this
engagement include:
· Defining the scope of the initial portals (Markham
& York Region) – to subsequently be used for procurement
· Providing the portal deployment roadmap (overall
rollout plan) for the next few years
· Defining the Non-Functional requirements
for the Portal Infrastructure
· Validating the scope of the infrastructure (hardware,
software etc.) and adjust the physical design
Through the participation of various business units at
the Town & the Region, this undertaking will engage stake holders to
determine priorities as well as set expectations for the project
implementation.
047-S-09 Joint Portal Project – Initial phase
(Project plan and phase I procurement document) Page 2 of 2
The detail business requirements for the Joint Portal
project were identified in the Joint Portal RFP, for which IBM was the
successful bidder. As a result, IBM’s
technology platform (hardware & software) has been chosen for the Joint
Portal implementation (see attached).
Considering the complexity of the project, it is recommended that this
initial engagement be undertaken by IBM as the preferred supplier to provide a
comprehensive plan for all
implementations based on all our
requirements. This approach will ensure
that the all phases of the project will be properly planned, and enhances the
overall success of this multi-year initiative.
Once this initial engagement is completed,
the Town of
STAFF AWARD REPORT
To: |
John Livey,
Chief Administrative Officer |
Re: |
010-Q-09 Berczy South Sportsfield
Lighting (electrical) |
Date: |
|
Prepared
by: |
Neal Unsworth, Parks Development
Coordinator Malcolm Hann, Senior Construction Buyer |
Recommended Supplier |
Nadalin Electric
Co. Inc, (lowest priced supplier) |
|
Current Budget
Available |
$
155,633.48 |
081-5350-9348-005 |
Less cost of award |
$
99,750.00 $
24,937.50 $
124,687.00 $
11,221.83 $
135,908.83 |
Inclusive of PST, exclusive of GST Construction Contingency (25%) * Total Award Internal admin fee (9%) Total Project cost |
Budget Remaining after this award |
$
19,724.65 |
*** |
* Staff is recommending a
25% contingency for the above noted project due to winter construction, heat, snow
removal, frost mitigation, site disruption, soil conditions, field repair,
etc., which may arise due to the 2009 winter conditions.
** The
remaining
balance in the amount of $19,724.65 shall have $5,000 added to the electrical
consultant MJS purchase order for a contingency and the remaining balance of
$14,724.65 be returned to the original funding source.
PURPOSE
To obtain award approval for installation
of lighting in Berczy South Sportsfield.
The reservoir works being undertaken at
Advertised |
By invitation |
Bids closed on |
|
Number picking up bid documents |
3 |
Number responding to bid |
3 |
The
PRICE SUMMARY
Supplier |
|
Electrical services including all appurtenances |
Total |
Nadalin
Electric Co. Inc. |
$ 20,500.00 |
$ 79,250.00 |
$ 99,750.00 |
Wayne Electric Co. |
$ 25,200.00 |
$ 84,700.00 |
$ 109,900.00 |
Kudluk Baird Electrical |
$ 49,450.00 |
$ 108,449.00 |
$ 157,899.00 |
STAFF AWARD REPORT
To: |
Jim
Baird, Commissioner Development Services |
Re: |
|
Date: |
|
Prepared
by: |
Ronji Borooah, Town Architect Malcolm Hann, Senior Construction Buyer |
Recommended Supplier |
AndCo
(lowest priced bidder) |
|
Current Budget
Available |
$ 132,966.00 |
080-5399-6262-005
Highway # 7 Corridor Study |
Less
cost of award |
$ 65,560.00 $ 6,556.00 $ 72,116.00 $ 6,490.00 $ 78,606.00 |
Fees and
disbursements Inc. PST , excl. GST Contingency
(10%) Total award Internal
Consulting fee (9%) Total Project
cost |
Budget Remaining after
this award |
$ 54,360.004 |
* |
* The
award amount of $72,116.00 is within the allocated budget for this
project. The remaining balance of $54,360.00 will
be used to complete other components of the highway #7 corridor study as
budgeted for within account # 080-5399-6262-005.
PURPOSE
To obtain approval to award consultation
design services for the preparation of a precinct plan for lands abutting
Highway #7 between
These lands are regulated by two secondary plans, OPA 15 north of Hwy 7 and OPA 21 south of Hwy 7, both prepared in the 1990’s. OPA 21 is already under study. With new development applications along Hwy 7 there is an urgent need to revisit and complete revisions to these two secondary plans, including a comprehensive consultation process and a coordinated response to all the development applications along Hwy 7, by June 2009.
.
BID INFORMATION
Advertised |
By
invitation |
Bids closed on |
|
Number picking up bid
documents |
2 |
Number responding to bid |
2 |
PRICE
SUMMARY
Supplier |
Meeting
fees |
Other
fees |
Disbursements |
Total
|
AndCo |
$ 8,000.00 |
$
56,560.00 |
$
1,000.00 |
$65,560.00
* |
DTAH |
$ 31,910.00 |
$ 47,825.00 |
$ 4,941.00 |
$84,676.00 |
·
AndCo
bid was negotiated from an initial bid of $70,945.00 to $65,560.00, 8% reduction.
·
Staff
determined to offer the work to an invited few firms to support the need to
urgently retain a consultant with a proven track record in the Town that
understands the Town policies which could be beneficial. Both the invited firms
AndCo and DTAH, have done work for or are doing similar work for the Town.
STAFF AWARD REPORT
Page 1 of 3
To: |
|
Re: |
177-R-08 |
Date: |
|
Prepared
by: |
Linda Irvine, Manager, Parks and Open
Space Development |
Recommended Contractor |
Envision
– The Hough Group (Highest ranked bidder / 3rd
lowest priced among short-listed bidders ) |
|
Current Budget Available |
$ 436,000.00 |
|
Less cost of award |
$
175,893.62 $
54,689.70 $
230,583.32 $
23,058.33 $
253,641.65 $
35,495.00 $
276,469.40 |
Parts A ( Part C (Contract Admin.) Inc. PST and Ex. GST * Subtotal Contingency (10%) Total Award Internal admin. Fee (9%) Total Project cost |
Budget Remaining after this award |
$ 159,530.60
|
** |
* Award of Part C is contingent on Council approval of the construction budget.
** The remaining balance of $159,530.60 will be used for surveying, architectural design, skate park design and skating
rink design as budgeted for within account 081-5350-8016-005. These particular services will occur through
a separate competitive process for each specialized service required.
A Request for Proposal to hire landscape
architectural services was released to the marketplace. The terms of the bid
stipulated that the selection of the landscape architect would be based on the
total quotation for Part A (
Council only approved funding for Part A (
Advertised |
|
Bids
closed on |
|
Number
picking up bid documents |
21 |
Number
responding to bid |
15 |
Staff Award
177-R-08 Landscape Architectural Consulting Services
for
__________________________________________________________________________________________________
The evaluation
team was comprised of staff from the Urban
The
top four ranked firms (with scores over 80% - See Table B) were short-listed
and invited for interviews on
The
final score for each of the top four proposals was based on the initial score
out of 100 plus the interview score out of 35 for a total combined score out of
135. The highest ranked score out of 135 represents the preferred candidate
(see Table A).
TABLE A – Final Score (Proposals plus
Interview)
Consultant |
Evaluation Criteria 70 |
Price 30 |
Interview 35 |
Total 135 |
Final Rank |
Envision
– The Hough Group ($412,440.00) |
61.9 |
20.55 |
32.2 |
114.65 |
1 |
Baker Turner Inc. ($288,539.00) |
52.8 |
29.37 |
25.3 |
107.47 |
2 |
The MBTW Group ($397,600.00) |
59.8 |
21.32 |
23.7 |
104.82 |
3 |
EDA Collaborative* ($282,500.00) |
51.5 |
30 |
18.3 |
99.8 |
4 |
*
During the interview, EDA Collaborative identified key personnel changes in
their proposal which is reflected in the above scoring.
The highest ranked bidder for the proposal
submission and interview process was Envision – The Hough Group. Their proposal
demonstrated a superior level of experience of projects and key personnel for a
project of this scale and design importance. The interview process clearly
defined that their submission was complete and that the scope of work was
clearly understood.
PRICING ANALYSIS
Following the interviews, staff undertook an analysis
of the prices provided by highest priced and lowest priced bidder. There were
considerable differences between these two bidders in terms of the hours
estimated that would be required to complete the design, working drawing and
contract administration components of this project.
Low bidder Hours
(Est.)
EDA 1,238
The low bidder estimated 1,238 hours to
complete this project and therefore, had an average hourly price of $228.19
(E.g. $282,500 / 1,238 = $228.19/hour).
Recommended Bidder Hours (Est.)
Envision 3,054
The recommended bidder estimated 3,054
hours to complete this project and therefore, had an average hourly price of
$135.05 (E.g. $412,440 / 3,054 = $135.05/hour).
Staff Award
177-R-08 Landscape Architectural Consulting Services
for
__________________________________________________________________________________________________
Based on experience with projects of a
similar type and scale, staff is of the opinion that the firms with the lowest
price(s) did not adequately understand the scale and complexity of the project,
the number of hours that are required to complete this project, and /or the
length of time for construction that can be realistically anticipated
(estimated by staff to be approximately 3,000 hours)
Based on the analysis of time for each project
component proposed by Envision – The Hough Group (the top ranked proponent),
staff requested Envision—The Hough Group review their work plan with the
purpose of achieving project efficiencies. Based on this, Envision – The Hough
Group indicated that they could modify their work plan appropriately and reduce
their original total bid price from $412,440.00 to $363,083.32 which results in
cost savings to the Town of $49,356.68 and still maintain the project schedule
and work plan.
Note: The price evaluation (out of 30 on Table A) was
based on the original price submission from Envision – The Hough Group and was
not adjusted to reflect the negotiated price.
Therefore, the recommended total award is
$253,641.65($363,083.32 - $132,500.00 for surveying, architectural design,
skate park design and skating rink design) (Inclusive of $23,058.31 (10%
contingency) ).
STAFF AWARD REPORT
To: |
|
Re: |
281-S-08 Contract Extension,
Smart Commute 404-7 Program |
Date: |
|
Prepared by: |
Lorenzo Mele, Transportation
Demand Management (TDM) Coordinator |
Recommended Supplier |
Smart Commute 404-7 (Preferred Supplier) |
|
Original Budget and Account # |
$ 280,000.00 |
083-5399-9329-005 Travel Demand
Management |
Current Budget Available |
$ 280,000.00 |
|
Less cost of award |
$ 75,000.00 |
Inclusive of PST , exclusive of
GST * |
Budget Remaining after this award |
$ 205,000.00 |
* |
* The
remaining balance of $205,000.00 will be used for other travel demand management projects budgeted for in
account # 083-5399-9329-005.
THAT the tendering
process be waived in accordance with
PURPOSE
The purpose of this report
is to award the 2009 contract to Smart Commute 404-7 which
is managed by the Markham Board of Trade.
BACKGROUND
The Markham Board
of Trade provides commuter options and transportation demand management (TDM)
programs and services to businesses in the Town of
At the February
3, 2009 Development Services Committee meeting a staff report and presentation
outlining Smart Commute 404-7 past accomplishments, details concerning the
revised MOU and their business plan for 2009 will be presented.